You are on page 1of 47

OIL & GAS DEVELOPMENT COMPANY LIMITED

TENDER ENQUIRY NO. PROC-SERVICES/CB/RMD-1875/2016

ENHANCED OIL RECOVERY STUDY OF TANDO ALAM OILFIELD

OIL & GAS DEVELOPMENT COMPANY LIMITED


SUPPLY CHAIN MANAGEMENT DEPARTMENT
SERVICES SECTION
OGDC HOUSE
JINNAH AVENUE,
ISLAMABAD PAKISTAN

PHONE
EMAIL:
POST CODE

:+92-51- 92002 3780


ejaz_rizvi@ogdcl.com
: 44000

SUBJECT: LETTER FOR INVITATION TO BID FOR ENHANCED OIL RECOVERY


STUDY OF TANDO ALAM OILFIELD AGAINST TENDER ENQUIRY NO:
PROC-SERVICES/CB/RMD-1875/2016
1.

INTRODUCTION
Oil and Gas Development Company Ltd (OGDCL) is Pakistans leading E&P sector
company, having operations at about 50 locations and fields in all the four
provinces. The Company is listed and traded on all three stock exchanges of the
country with highest market capitalization. Recently the Company, through GDR
process, has also been listed on London Stock Exchange. More details about the
Company can be obtained from its website www.ogdcl.com.

2.

OBJECTIVE
OGDCL Intends to hire subject Services as per Annexure-A. Interested bidders are
required to submit their bids strictly as per Terms of Reference (TOR) / scope of
work (Annexure-A) and instructions to bidders given in this tender document.

3.

Sealed bids are hereby invited under Competitive Bidding (CB) procedure from
eligible bidders from the countries maintaining bilateral trade relations with
Pakistan for Services as listed in the Terms of Reference (TOR) Annexure-A of
the attached Tender Documents. The prices may be quoted as per details
mentioned in TOR Annexure-A.

4.

PROSPECTIVE BIDDERS SHOULD PARTICULARLY NOTE THAT:


4.1

Bids will be accepted only if the materials / services and supplies being
offered are produced and manufactured in the country(s) maintaining
bilateral relations with Pakistan. Bidder (s) participating in bidding process
for provision of service (s) to OGDCL should invariably be registered with
Provincial Revenue Authority at the time of submission of its bid to OGDCL.

4.2

Each bid valid for minimum 120 days from the date of opening of the bids
must be accompanied by a Bid Bond in the form of a cash deposit receipt
(CDR), a Bank Draft or a Bank Guarantee issued by scheduled Bank of
Pakistan or a branch of foreign bank operating in Pakistan, except NIB
Bank, for an amount mentioned in clause#31 and valid for 150 days from
the date of opening of bids. The Bank Guarantee will be issued by a
scheduled Bank, except NIB Bank, in accordance with the format as per
Annexure-B of the tender Documents.

4.3

Bid Bond through telex / fax shall not be acceptable.

4.4

On acceptance of the bid by the Purchaser the successful bidder shall be


required to furnish Performance Bond / Bank Guarantee for an amount
equivalent to 10 % of the Contract value for the required Services in US

Dollars or in currency of Bidder or equivalent in Pakistan Currency as per


Annexure-C.
5.

The Purchaser does not take any responsibility for collecting the bids from any
Agency. Your authorized representative may attend the Tender opening if desired.
The request for extension of closing date and time shall not be entertained and
tender received after closing time or date shall be returned to Bidder unopened.

6.

The Purchaser reserves the right to increase or decrease the quantities / Scope of
Work and accept or reject any or all bids or cancel any or all items at anytime
without assigning any reasons thereof.

7.

The Purchaser reserves the right to have the items inspected by its own
representatives or through third party, wherever applicable.

8.

It must be indicated in the offer that the quotation fully conforms to Technical
Specifications and Terms & Conditions of the Tender Enquiry.

9.

TIME AND PLACE FOR SUBMISSION FO BIDS.


Bids must be delivered / dropped in the tender box / OGDCL reception at time &
date mentioned in Press Tender Notice at the following address:Manager (SCM) Services
Oil & Gas Development Company Limited
Supply Chain Management Department
OGDCL House, Plot No. 3 (New No. 3013) F-6/G-6,
Jinnah Avenue, Islamabad (Pakistan)
Phone No.
92-51-920023780/ 3652
Email: ejaz_rizvi@ogdcl.com

10.

OPENING OF BIDS
Bids will be opened at the time and date mentioned in Press Tender Notice on the
place noted above.

11.

Any company registered at places e.g. Vigin, Cayman, Nausa, Jersy and Bohaman
Islands shall not be entertained and bids if submitted shall be rejected.

12.

TWO ENVELOPE BIDDINGS

13.

1.

Bids against this tender are invited on Single Stage Two Envelope Bidding
Procedure; therefore, the bidders shall submit original and copy of their
Technical and one original Financial bid.

2.

Tender Annexure to be added in both the bids; UN-Priced with technical


Bids & Priced with Commercial Bids.

3.

Both the bids shall be submitted simultaneously in separate sealed inner


and outer envelopes. The envelope containing Technical Bid must be
marked clearly Technical Bid and containing Financial Bid must be
marked clearly Financial Bid along with indication on the envelopes as
ORIGINAL and COPY.

The Technical Bid will be opened at first and evaluated. The Financial Bid of only
those bidders will be opened who are declared technically Responsive.

14.

The Financial Bid must be complete in all aspects and comparable. Conditional
Prices and/or Prices mentioned other than Rate Format/Financial Evaluation
Criteria, may not be accepted. In case, the Bidder is not charging any rate and/or
the rates are not applicable, Zero (0) must be clearly mentioned, failing which, the
bid(s) may be considered as non-responsive.

15.

The contract / service order will remain valid till completion of job / period
specified in Terms of Reference (TOR) at Annexure A. Any extension in validity
of contract / service order will be subject to written mutual consent of both the
parties.

16.

The interested bidders must confirm their willingness to submit bid proposals at
least ten (10) working days before the last date for bid submission, giving
complete mailing address, email etc.

17.

No alternation in OGDCLs uploaded tender documents is allowed. Any attempt


for alteration/amendment in the tender documents may lead to disqualification of
the bidder.

18.

The Bank Guarantee, in any form, issued by NIB Bank shall not be accepted.

A/MANAGER (SCM) SERVICES


OIL & GAS DEVELOPMENT COMPANY LIMITED
PHONE: 0092-51-92002 3780
Email: ejaz_rizvi@ogdcl.com

INSTRUCTIONS TO BIDDER
1.

PROSPECTIVE BIDDERS SHOULD PARTICULARLY NOTE THAT:

1.1 Bids valid for minimum of 120 days from the date of opening of bids, must be
accompanied by Bid Bond (to be attached with Technical Proposal) in the
form of a Bank Guarantee for an amount of USD/Pak Rupees( mentioned at
Clause-31) and valid for 150 days from the date of opening of bids. The Bank
Guarantee should be issued by a Pakistani Scheduled Bank or branch of a
foreign bank operating in Pakistan, except NIB Bank, in accordance with the
Format at Annexure-B.
1.2 Bid Bonds through fax shall not be acceptable.
1.3 On acceptance of Bid by the purchaser, the successful Bidder shall, within 15
days of the receipt of Letter of Intent (LOI) furnish an acceptable performance
Bond/Bank Guarantee for an amount equivalent to 10% of the total contract
value in US$ or equivalent in Pak Rupees, issued by Pakistani Scheduled
Bank or Branch of a Foreign Bank operating in Pakistan, except NIB Bank, in
accordance with the Format at Annexure-C.
1.4 The Terms and Conditions form an integral part of Tender Enquiry and must
be taken into consideration before submitting your quotation.
1.5 The Purchaser does not take any responsibility for collecting the Bids from any
Agency. Your authorized representative may attend the Tender Opening if
desired. The requests for extension of closing date and time shall not be
entertained and tender received after closing time or date, shall not be
accepted and returned to Bidders unopened.
1.6 The purchaser reserves the right to increase or decrease the quantities /scope
of work to a reasonable percentage and accept or reject any or all bids or may
cancel any or all items at any time without assigning any reasons therefore.
2.

THE BIDDING DOCUMENTS COMPRISE OF THE FOLLOWING:a)


b)
c)
d)
e)
f)
g)
h)
i)
j)

Instructions to Bidders
Terms of Reference / Scope of Work, (Annexure-A)
Format of Bid Bond (Annexure-B).
Format of Performance Bond/ Bank Guarantee (Annexure-C)
Format of Bidding Form(Annexure-D)
Format of Integrity and Ethics undertaking (Annexure-E)
Affidavit for Not Black Listing (Annexure-F)
Date Summary Sheet to be attached with technical bid (Annexure-G)
Date Summary Sheet to be attached with financial bid (Annexure-H)
Draft Contract /Draft Service Order (Annexure-I)

3.

TIME AND PLACE FOR SUBMISSION OF BIDS


Sealed Bids in duplicate as per clause-18 of Instructions to bidders given in
this document must be delivered / dropped in the office detailed as per time
and date given in Press Tender Notice.

4.

OPENING OF BIDS
Bids will be opened at OGDCL House, Islamabad, as per time and date given in
Press Tender Notice.

5.

PREPARATION OF PROPOSAL
Contractors will prepare their bids in two parts i.e. Technical Proposal (Part-I)
and Financial Proposal (Part-II). Technical bid shall consist of one original and
one copy whereas financial bid shall consist of original only and both the bids
should be sealed in separate envelopes.
TECHNICAL PROPOSAL: should demonstrate firms capability to provide the
required Services and its understanding of the requisite tasks set forth in the
Tender Document. Availability of the following information / documents in the
technical proposal must be ensured for proper evaluation of the bid.
(i). Requested information/ sheets, in full with reference to the instructions
given in Terms of Reference/ Scope of Work at Annexure-A.
(ii). Background, organization and experience of bidding firm and of any firm
that would be associating with for the purpose of providing the services for this
project/contract. A list of past and present major work(s) of similar nature /
type i.e carried out, or being carried out, by bidding and associate firm, if any
with evidence in shape of work completion certificate or duly signed contract.
(iii).General approach or methodology proposed for carrying out job including
all detailed information, as may be deemed relevant.
(iv). Unpriced draft agreement.
(v). Unpriced copy of financial bid.
If the bid is submitted by a joint venture of two or more companies, then the
portion(s) of the project work to be carried out by each joint venture partner
shall be very clearly identified.
Name, qualification, employment record and detailed professional experience
of each expert, to be assigned for providing the proposed services, with
particular reference regarding similar assignments undertaken by the bidder
should also be provided in the bid. In proposing the personnel for this work, it
will be encouraged to associate with domestic contractor(s) who are qualified to
provide part of the services required.
Association agreement shall have to be produced by the joint venture partners
accepting responsibility for the successful completion of the project separately
and jointly.
FINANCIAL PROPOSAL: Financial Proposal should contain:
(i) This tender document duly signed and stamped by the bidder.
(ii) Duly filled in Format For Rates in accordance with instructions given in
Terms of Reference /Scope of work (TOR) at (Annexure-A).
All pages of the bid proposal shall be signed and stamped by duly authorized
representatives of the bidder. Proof of authorization shall be furnished in the
form of valid written power of attorney, which shall accompany the bid. The
person signing the bid shall initial all pages of the bid where entries are made.
BID PRICE:
a. Bid price shall be inclusive of all taxes (except Provincial Sales Tax/ ICT
Tax on services), duties, levies, charges etc.

b. The prices should be quoted in USD. However payment to all Pakistan


based companies will be made upon completion of the project through
cross cheque in 100% Pak Rupees, at actual, against verified invoices at
official exchange rate prevalent on the date of payment.
c.

To Foreign based Companies, the payment will be made in US$ at actual


against verified invoices through Irrevocable Letter of Credit (LC) upon
completion of the project.

d. The prices charged by the successful bidder (contractor) for required


services shall not vary from the prices quoted by the service company.
6.

COST OF BIDDING.
The bidder shall bear all costs associated with the preparation and submission
of his bid and OGDCL will in no case be responsible or liable for those costs,
regardless of the outcome of the bidding process.

7.

ADDITIONAL SERVICES
Contract price will be subject to adjustment as a result of addition/reduction in
scope of work. However, unit price quoted for such work shall be used as base
price for computation of final invoice. Contractor should take approval for such
changes in writing from OGDCL. Rates and quantum of any additional job, not
covered in the scope of work shall be subject to approval of OGDCL.

8.

UNSKILLED LABOUR
Unskilled labor for handling tools and equipments will be on account of bidder.

9.

LANGUAGE OF BIDDING
The bid must be prepared and submitted in the English language. Supporting
documents and printed literature furnished by the bidder with the bid may be in
another language as long as they are accompanied by an English translation of
the pertinent passages. For the purpose of interpretation of the Bid, the English
language shall prevail.

10. BID VALIDITY.


10.1. The Bid shall remain valid and open for acceptance for a period of 120
days from the specified date of tender opening.
10.2.

In exceptional circumstances prior to expiry of the original bid validity


period, the bidder may be requested in writing for an extension of the
period of validity. A bidder agreeing to such request will not be permitted
to modify his bid.

11. ALTERNATIVE BIDS.


11.1 In the event that the bidders submit an Alternative bid(s) whether in whole
or against any of the items, a group of sub group, in addition to its Main
Bid, the bids must be marked as Main Bid and Alternative Bid.
Alternative Bids which dont conform to the specifications may be
submitted. However, only the Alternative bid of the Bidder whose Main Bid
is the lowest evaluated bid will be considered.
11.2

A Bidder, who wishes to have its Alternative bid(s) considered on an equal


basis with all other (Main) bids, must submit a Bid Bond for each
Alternative bid. An Alternative bid must be submitted in a sealed envelope
clearly marked Alternative Bid, separate from the Main bid.

12. BID BOND.


12.1 The bidder shall furnish with the Technical bid proposal, as part of his
bid, a bid bond for an amount of US$ /Pak Rupees (mentioned at Clause31).
12.2

The Bid Bond in the form of a cash deposit receipt (CDR), a Bank Draft,
CDR or a Bank Guarantee issued by scheduled Bank of Pakistan or a
branch of foreign bank operating in Pakistan, except NIB Bank, for an
amount mentioned in Clause#31 and valid for 150 days from the date of
opening of bids. The Bank Guarantee will be issued by a scheduled Bank in
accordance with the format as per Annexure-B of the tender Documents.

12.3

Any bid not accompanied by the requisite Bid Bond is likely to be declared
non-responsive. The bid bond of unsuccessful bidders will be returned. The
bid bond of the successful bidder shall be discharged after he has executed
the contract.

12.4

The bid bond may be forfeited if a bidder withdraws his bid during the
period of bid validity or if the Bidder, having been notified of the acceptance
of his bid by the Company during the period of bid validity:

Note:

12.4.1 Fails, refuses or delays to execute the Contract in accordance with


the instruction to Bidders, or
12.4.2 Fails, refuses or delays to furnish Performance Bond in accordance
with the instruction to Bidders.
As regards to the requirement of Bid Bond, PPRA rule does not distinguish
between any private or public entity, therefore, bidders are required to
submit bid bond irrespective of their status as private bidder or public
sector bidder.
Non submission of bid bond of required value by the bidders shall
summarily result in disqualification of their bid.

13.

AMENDMENT OF BIDDING DOCUMENTS.


13.1 At any time prior to the deadline for submission of Bids, OGDCL may, for
any reason, whether at its own initiative or in response to a clarification
requested by a prospective Bidder, modify the Bidding Documents by
amendment.
13.2 The amendment shall be part of the Bidding Documents, and will be
notified to all the prospective bidders by uploading the same on OGDCL
website.

14.

CLARIFICATION(s) / QUERIES OF TENDER


The bidders are expected to carefully examine all instructions, forms and
specifications in the Bidding Documents. Any bidder in doubt as to the exact
meaning or interpretation of any part of the Bidding Documents should
immediately seek clarification in writing from;

A/Manager (SCM) Local/Services


Oil and Gas Development Company Ltd,
Jinnah Avenue, Islamabad, Pakistan
Phone #. 0092-51-920023780/ 3652
Email: ejaz_rizvi@ogdcl.com
For requests of all clarifications in regard to the information contained in Tender
Documents made over the telephone shall not be entertained. All inquiries about
the tender made to OGDCL and OGDCLs response will be made known to other
bidders without disclosing identity of the bidder who made the enquiry.
15.

16.

17.

18.

CONTRADICTIONS, OBSCURITIES AND OMISSIONS


The Bidder should likewise notify the above of any contradictions, obscurities and
omissions in the Bidding Documents if clarification of these is necessary for the
clear understanding of the documents and for preparation of the bid. Such
enquiries, clarifications, queries with reference to clause - 14 above must reach
the above named not later than two weeks before the bid submission date
otherwise the same will not be responded by OGDCL.
DEADLINE FOR SUBMISSION OF BIDS.
16.1 The original bid, together with the required copies must be delivered to
OGDCL at the address specified in clause-18, not later than the time and
date specified in Press Tender Notice.
16.2 OGDCL may, at its discretion, extend the deadline for the submission of
Bids by amending the Bidding Documents in accordance with Clause-13,
in which case all rights and obligations of OGDCL and bidders previously
subject to the deadline will thereafter be subject to the deadline as
extended.
16.3 Bids will be opened in presence of the bidders representative who chooses
to attend the bid opening at the time and date mentioned in the Tender
Notice or on the extended date with reference to clause - 16.2.
16.4 The envelopes shall indicate the name and address of the bidder to enable
the bid to be returned unopened in case it is declared LATE.
16.5 If the envelopes are not marked as instructed below, OGDCL will assume
no responsibility for the misplacement or premature opening of the bid.
16.6 In case due date bids opening falls on holidays, the bid will be opened on
next working day.
MODIFICATIONS AND WITHDRAWAL OF BIDS.
17.1 Bidder may modify or withdraw his bid after submission, provided that
written notice of the modification or withdrawal is received by OGDCL prior
to the prescribed deadline for submission of bids.
17.2 The Bidders modification or withdrawal notice shall be prepared, sealed,
marked and dispatched as for the bid.
17.3 No bid shall be modified subsequent to the deadline for submission of bids
and before the expiry of the period of bid validity.
17.4 No bid shall be withdrawn in the interval between the deadline for
submission of bids and the expiry of the period of bid validity.
SEALING, MARKING AND TRANSMISSION OF THE BID
18.1 Your detailed Technical Proposal and Financial Proposal should be
submitted in one original and one copy of each in separate envelopes. The
envelopes containing Technical and Financial Proposals shall be properly
sealed, stamped and marked as follows:

(a) Bid against TENDER ENQUIRY NO. ((As per Press Advertisement)).
Do not open before ((As per Press Advertisement)) Hours (PST) of Bid
opening date ((As per Press Advertisement)).
TECHNICAL PROPOSAL
(Description as per Press Tender Notice)
A/Manager (SCM) Services
OGDCL House, Jinnah Avenue, Islamabad.
Ph: # 051-920023780/ 3652, email: ejaz_rizvi@ogdcl.com
(b) Bid against TENDER ENQUIRY NO. (As per Press Tender Notice)
Do not open before (As per Press Tender Notice)
Hours (PST) of Bid opening date: (As per Press Tender Notice)
FINANCIAL PROPOSAL
(Description as per Press Advertisement)
A/Manager (SCM) Services
OGDCL House, Jinnah Avenue, Islamabad.
Ph: # 051-920023780 / 3652, email: ejaz_rizvi@ogdcl.com
18.2

If the envelope is not marked as instructed above, OGDCL will assume no


responsibility for the misplacement or premature opening of the bid.

18.3

In addition you should advise by fax to OGDCL of the dispatch of your


proposal.

19.

LATE BIDS
Any Bid received after deadline for submission of Bids prescribed by OGDCL
pursuant to Clause- 16 above will be rejected and returned unopened to the
bidder.

20.

BID OPENING
The Bid shall be opened publicly in the Procurement Department of OGDCL by
the Tender Opening Committee in the presence of Bidders representatives who
choose to attend the bid opening at the time and date specified in Press Tender
Notice or on the extended date with reference to clause- 16.2 above.

21.

EVALUATION OF PROPOSALS.
Technical proposal of the bid shall be reviewed first to determine / check its
technical responsiveness and conformity with the requirement of bid. The
technical evaluation shall be carried out on the basis of information /data spelled
out at Annexure A/ITB provided with this document. Technically responsive and
financially lowest evaluated bidder in line with the bid evaluation criteria given in
the scope of work /TOR will be considered for award of job.

22.

CRITERIA FOR SUMMARY REJECTION.


Bidder should ensure to submit their bids meeting following summary criteria
failing which their bids are likely to be considered non responsive for detailed
evaluation.
22.1
22.2

The Bid must be prepared in the English Language.


The Bid must be unconditionally valid for 120 days from the date of Bid
Opening.

22.3

The Technical bid must be accompanied with the duly signed and stamped
Bidding Form given at Annexure D of the tender documents without any
exception/ deviation.
22.4 Bids should not be submitted in the form of Telex or Telegram.
22.5 Bid must reach before as mentioned in the Tender Notice or as per clause16.
22.6 Technical Bid must be accompanied by a bid bond as specified in Clause
12.
22.7 Direct fax bid shall not be acceptable. However, fax bid in sealed envelope
confirming all other formalities as stated above will be acceptable provided
original bid is received by OGDCL within 07 days of the Bid Opening Date
failing which such bid will be considered non-responsive.
22.8 The bid proposal should essentially include C.Vs of the professionals
expected to be deployed for the job (if required).
22.9 The Purchaser will evaluate and compare only the substantially responsive
bids.
22.10 Bids determined to be substantially responsive will next be checked for any
material error in computation.
22.11 Technical bid must be accompanied by Affidavit (Annexure-F) for Not Black
Listing on Non-Judicial Stamp Paper of Rs. 100/-. The procedure of Black
Listing is available at OGDCL website at following link:

http://ogdcl.com/uploads/tender/BlackListingProcedure.pdf
23.

CLARIFICATION OF BIDS.
To assist in the examination, evaluation and comparison of Bids OGDCL may at
its discretion, ask the Bidder for clarification of his Bid. All responses to request
for clarification shall be in writing, and no change in the price or substance of the
Bid shall be sought, offered or permitted.

24.

ELIGIBILITY AND QUALIFICATION REQUIREMENTS


24.1 To be eligible for award of contract, bidders shall have to provide
satisfactory evidence to OGDCL of their eligibility, capability and adequacy
to carry out the contract effectively up to the end. All bids submitted shall
include updates of the information on technical capability and firms
history that includes experience, list of similar projects carried out as per
requirement of the Scope of work / TOR.
24.2 Proof of requirements mentioned at Sub-clause-24.1 must be submitted by
the bidder along with the bid.
24.3 Bids submitted by a joint venture of two or more firms as partners shall
comply with the following requirements:
24.3.1 The bids, and in case of a successful bid, a Form of Agreement shall
be signed so as to be legal binding on all partners.
24.3.2 One of the partners shall be nominated, as being in charge and its
authorization shall be evidenced by submitting a power of attorney
signed by legally authorized signatories of all the partners.
24.3.3 The partner in charge shall be authorized to incur liabilities and
receive instructions for and on behalf of any and all partners of the
joint venture and the entire execution of the contract including
payment shall be done exclusively with the partner in charge.
24.3.4 All partners of the joint venture shall be jointly and severally
responsible for the execution and completion of the contract in

accordance with the contract terms and conditions. A relevant


statement to this shall be included in the authorization mentioned
under clause-24.3.2 as well as in form of bid and the form of
Agreement (in case of successful bid). A copy of the agreement entered
into the joint venture partners shall be submitted with the bid.
25.

COMPANYS RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS.


OGDCL reserves the right to accept or reject any bid and to annul the bidding
process and reject all bids at any time prior to award of contract, without thereby
incurring any liability to the effected bidder or bidders or any obligation to justify
the affected bidder or bidders of the grounds for OGDCLs action.

26.

GENERAL TERMS AND CONDITIONS.


26.1 After opening the bids, OGDCL will determine whether each bid is
substantially responsive to the requirements of the Bidding Documents.
26.2 OGDCL will examine the bids to determine whether they are complete,
whether any computational errors have been made, whether required
experience certificates/ evidence, sureties have been furnished, whether
the documents have been properly signed, and whether the bids are
generally in order.
26.3 Arithmetical errors will be rectified on the following basis. If there is a
discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the
total price shall be corrected. If there is a discrepancy between words and
figure, the amount in words shall prevail.
26.4

A substantially responsive bid is one, which conforms to all the terms and
conditions of the Bidding Documents without material deviation. A material
deviation is one which being inconsistent with the Bidding Documents,
affects in any substantial way the scope, instruction to Bidders, quality or
prescribed completion schedule or which limits in any substantial way,
OGDCLs right or the bidders obligation under the Contract.
26.5 A bid determined to be non-responsive will be rejected by OGDCL and shall
not subsequently be made responsive by the Bidder by correction of the
non-conformity.
26.6 OGDCL may waive any minor deviation non-conformity or irregularity in a
bid, which does not constitute a material deviation, provided that the
waiver does not prejudice or affect the relative standing order of any
Bidder.
26.7 To assist in determining a bids responsiveness the Bidder may be asked
for clarification of his bid. The Bidder is not permitted, however, to change
bid price or substance of his bid.
26.8 The evaluation of the bids will take into account, in addition to the bid
price, the following factors:
a) Reliability and efficiency of the offered Service.
b) Financial standing of the supplier.
26.9 The award of the Contract/Service Order shall be made to the Bidder
whose bid has been determined to be the lowest evaluated bid, after
considering all factors and who meets the requisites of Schedule of
Requirement (Scope of Work/Bid Format).
26.10 The purchaser shall notify by fax/letter, the successful bidder of its intent
to enter into a contract. The contract shall be executed only after all
necessary management/Governmental approvals have been obtained.
26.11 The bidders may lodge a written compliant for redressal of their grievances
and disputes to Committee for Redressal of Grievances & Settlement

Dispute within fifteen (15) days of the placement of the Technical


Evaluation Report on the web.
27.

PERFORMANCE BOND / BANK GUARANTEE


27.1 Within fifteen (15) days of receipt of the notification of contract award, the
successful bidder shall furnish to OGDCL, the Bank Guarantee /
Performance Bond for an amount equivalent to 10% of contract value as
per specimen at Annexure-C.
27.2 The bank guarantee / performance bond shall remain valid and in full force
and effect during validity of the contract.
27.3 The validity of Bank Guarantee / Performance Bond shall be extended by
the contractor if the completion of contract is delayed, whether in whole or
in part.
27.4 The cost incurred for establishing the Bank Guarantee / Performance Bond
or any extension thereof shall be to the account of the contractor.
27.5 The Bank Guarantee / Performance Bond will be discharged after
completion of the contract.
27.6 The Bank Guarantee must be as per format attached at Annexure-C and
must be either from a Pakistan scheduled bank or from a branch of foreign
bank operating in Pakistan, except NIB Bank, acceptable to OGDCL.
27.7 The proceeds of the Performance Bond shall be payable to the company
(OGDCL) as compensation for any loss resulting from the contractors
failure to complete its performance obligations under the contract.

28.

EMPLOYMENT OF PAKISTANI NATIONALS:


28.1 The Contractor will be required to employ Pakistani Qualified &
experienced nationals in its operation if available. In order to employ the
expatriate professionals if needed, the contractor will ensure that all out
efforts have been exhausted to employ Pakistani
qualified
nationals.
Unskilled workers if needed for the operation will be hired from the area
where the operation is being performed.
28.2 In case of non availability of qualified / experienced Pakistani nationals for
the contractual services, the contractor will reasonably make efforts to
train Pakistani nationals in such a manner to replace gradually the
expatriate professionals.

29.

SIGNING OF CONTRACT
Within 15 days after notification to the successful bidder regarding acceptance of
his bid, the contract incorporating all agreements between the parties will be
signed.

30.

SOURCE OF FUNDS.
The Project will be financed out of funds of the Company (OGDCL).

31.

AMOUNT OF BID BOND


Amount of bid bond referred to in Clause-12 of Instruction to Bidders, and
Annexure-B of this tender enquiry shall be US$ 20,000/- (United States Dollar
Twenty Thousand Only).

32.

DEADLINE/ TIME AND PLACE FOR SUBMISSION OF BIDS (REFER CLAUSE-34


OF INSTRUCTIONS TO BIDDERS):
Sealed bids as per Clause-18 of Instructions to bidders of this tender enquiry must
be delivered / dropped in the office detailed therein until (As per Press Tender
Notice) Pakistan Standard Times (PST) on (As per Press Tender Notice).

33.

OPENING OF BIDS (REFER CLAUSE-34 OF INSTRUCTIONS TO BIDDERS).


Bids will be opened at (As per Press Advertisement) (PST) on (As per Press Tender
Notice) at OGDCL House, Islamabad, Pakistan.

34.

SEALING, MARKING AND TRANSMISSION OF THE BID (REFER CLAUSE -18


OF INSTRUCTIONS TO BIDDERS).
34.1. Your detailed Technical Proposal and Financial Proposal should be
submitted in one original and one copy of each in separate envelopes. The
envelopes containing Technical and Financial Proposals shall be properly
sealed, stamped and marked as follows:(a) Bid against TENDER ENQUIRY NO. (As per Press Tender Notice)
Do not open before (As per Press Tender Notice) (PST) of Bid opening date: (As per
Press Tender Notice)
TECHNICAL PROPOSAL
(Description as per Press Tender Notice)
A/Manager (SCM) Services
OGDCL House, Jinnah Avenue, Islamabad.
Ph: 051-920022 3780, / 3652, email: ejaz_rizvi@ogdcl.com
(b) Bid against TENDER ENQUIRY (As per Press Tender Notice)
Do not open before (As per Press Tender Notice) (PST) of Bid opening date: (As
per Press Tender Notice).
FINANCIAL PROPOSAL
(Description as per Press Tender Notice)
A/Manager (SCM) Services
OGDCL House, Jinnah Avenue, Islamabad.
Ph: 051-92002 3780, / 3652, email: ejaz_rizvi@ogdcl.com

34.2
34.3
35.

If the envelope is not marked as instructed above, OGDCL will assume no


responsibility for the misplacement or premature opening of the bid.
In addition you should advise by fax to OGDCL of the dispatch of your proposal.
Material Deficiencies which will lead to disqualification
(i)
(ii)

Failing to get minimum qualifying marks in the technical evaluation


Reflect or demand of deviation from TOR of this Tender Enquiry will
lead to disqualification.

Terms of Reference
INTRODUCTION:
Operator
Share
Location
Lat., Long.
License Name
Lease Area
Location Map:

OGDCL
100 %
Hyderabad District, Sindh Province
25 18 14.4N, 68 31 2.00E
Tando Alam ML
38.6 Km2

Annexure A

Geology:
The Tando Alam field lies in the Lower Indus basin of the Sindh platform and is the block faulted
subsurface extension of the Pak Indian shield. Numerous north northwest trending normal faults,
generally downthrown to the west, have created a series of tilted fault blocks, horsts and grabens.
The oil is contained in a northsouth orientated horst block bounded on the east and west by northwest and south-east trending normal faults. The structure is approximately 7.5 km by 2.5 km.
The upper part of the Lower Goru formation consists of a number of different lithological and
reservoir units. These units (layers) are designated Layer I to Layer V. Layer I (or A Sand) and
Layer III (or B Sand) are the producing reservoir units and are subdivided into three and two sub
layers respectively. Layer II, IV and V are impermeable sands and classified as non-reservoir units.
Top Structure Map:

Discovery:
January 1984 (Tando Alam-1 exploration well)
Field Division:
Blocks / Compartments = 03 (Western, Central & Eastern)
Development History:
No. of Wells drilled: 21

Two wells (Tando Alam-01 and -02) were dual producers from Layer-I (A Sand) & LayerIII (B Sand) of Lower Goru Formation.
Eight wells (Tando Alam-03, -04, -05, -06, -07, -08, -09 and -12) produced from Layer-I (A
Sand) only.
Six wells (Tando Alam-10, -11, -13, -14, -15 and Deep-01) were dry and abandoned.
Two wells (Tando Alam-05 and-08) have been converted into water injectors for reservoir
pressure maintenance through a water flooding project for one month in July, 1996).
Five wells (Tando Alam-02, -03, -16A, -19 and -20) are currently producing.
Seven wells (Tando Alam-01, -04, -06, -07, -09, -12 and -17) are shut-in.
Thickness of producing Sandstone Horizons of Lower Goru = 2,100 m 2,350 m.

Reserves & Cumulative Production of Tando Alam Field as of 31st, March, 2016:
Oil (MMstb)

Gas (Bscf)

Reserves

19

3.3742

Cumulative
Production

18.345

3.3742

Fluid Properties:
API = 37 - 45
The Layer-I West fault block and Layer-III Central fault block contain oil with gravity
between 37 to 39 API.
Layer-I in the East fault block contains a more volatile oil with gravity between 42 and
44API.
The producing GOR has varied between 100 and 350 scf/stb but no gas production has been
reported since August 2006.
The oil Formation Volume Factor (Bo) is estimated to be 1.2 rb/stb
Gas Cap = No.
Initial Oil in Place Estimate:
Reservoir

Lower Goru

Area

Av. Thick

Av. Porosity

Av. Sw

OOIP

(acre)

(ft)

(%)

(%)

(MMstb)

4695

37.5

13.5

42.0

34.5

The initial oil in place of the field was estimated at 75.2 MMstb based on Depletion Study
of Tando Alam Oil Field conducted in May, 1998 by Intercomp-Kanata Management
Limited.

A simulation study by IPR in 2007 estimated the OOIP as 93.7 MMstb and this was revised
downwards by TRACS to 89.1MMstb in 2010, but again in July, 2014 M/s Bayphase
assigned 34.5 MMstb inplace volumes to Tando Alam Field.
To date, a total of 18.345 MMstb of oil and 3.3742 Bscf of gas have been produced. The
daily oil production (31st March, 2016) from Tando Alam oil field is 605 barrels with 1735
barrels of water production, the detail is as follows:
Please note that all this production is coming using artificial lift technology (Jet Pumps).
Formation

Daily Oil Production


(STB/D)

Daily Water
Production (STB/D)

Lower Goru

145

80

Tando Alam # 03

Lower Goru

60

445

Tando Alam # 16A

Lower Goru

150

195

Tando Alam # 19

Lower Goru

40

440

Tando Alam # 20

Lower Goru

210

575

605

1735

Well No.

Tando Alam # 02

Total Production:

2. Objectives of the Study


The bidder (E&P/Service Company) should carry out detailed EOR study in order to exploit the
reserves and increase ultimate recovery in a cost effective manner by incorporating Geological,
Geophysical, Petrophysical, Reservoir Engineering, Production Engineering and Production
Facilities data. The following are the objectives of this study:
2.1 An EOR study is to be carried out including all detailed technical work from simulation to
necessary lab testing and synchronization of both. Predict best techniques on the basis of
study.
2.2 Find out reasons for variation in original oil in place (OOIP) from 93.7 MMstb to 34.5
MMstb calculated by different consultants.
2.3 Recommend solution for calculating accurate original oil in place (OOIP).
2.4 Perform economic evaluation for each production forecast and recommend the optimum
development plan / EOR method for life of the field.

3.

SCOPE OF WORK OF THE STUDY


3.1 This study should provide the optimum production operation conditions for maximum
enhanced oil recoveries.
3.2 The study will encompass all possible EOR techniques (water injection, gas injection,
water / gas injection cycling, steam injection, Surfactant/Polymers injection, CO2, N2
injection) feasible to these reservoirs and recommend a best possible EOR with detailed
working for field application that will provide maximum possible oil recovery with best
economics.
3.3 Prepare cases for Pilot and full field application for the best selected EOR project with
respective production profiles, detail of equipment/facilities and their capacities & costing
and economic analysis results.

Due to the advanced nature of the EOR study, a three phased project is recommended.

The detailed scope of work is as follows:

4. PHASE I
Review all available technical data of Tando Alam field.

4.1

The data to be reviewed will include Seismic/ VSP data, Geological data, core data, well
Logs, well structure and stratigraphic correlations/ cross sections, well tests data, BHP
data, PVT data, production data, completion histories and all relevant data related to the
current or proposed well(s) drilling.

4.2

To conduct detailed Reservoir Simulation study of Tando Alam Field. The simulation
model should address different EOR methods for maximum oil recovery

4.3 The laboratory tests and preparations to be done under Phase - I for the best possible EOR
technique based on the simulation results including but not limited to following:
4.3.1 Fluid Preparation:
4.3.1.1.1

Formation water

4.3.1.1.2 Doped Synthetic Formation Water (dSFW)


4.3.1.1.3 Dead crude oil (Stock tank oil)
4.3.1.1.4

Interfacial tension, crude oil/SFW, at reservoir condition

4.3.2 Characterisation study:


4.3.2.1.1

CT-scan whole cores

4.3.2.1.2

CT-scan on plug samples

4.3.2.1.3 Photo on plug samples


4.3.2.1.4

Plug trimming/grinding and plug encapsulation

4.3.3 Plug preparation


4.3.4 Wettability Measurements
4.3.5 Capillary Pressure Measurements by porous plate, elevated temp./pressure
4.3.6 Centrifuge Capillary Pressure Measurements
4.3.7 Centrifuge Relative Permeability Measurements
4.3.8 Steady State relative permeability Measurements
4.3.9 Unsteady State Water flooding Measurements Test
4.3.10 Any other tests which are required

5. PHASE - II
Phase-II work pertain lab core flooding experiments. Since the exact EOR technique to
be applied would not be known unless Phase-I work is completed, the bidder would not
be in position to quote price for the possible core flooding testing,

therefore, the

bidder is required to quote price for all the core flooding testing separately. The exact
scope of work for Phase - II will be agreed upon after assessment of Phase - I.
However, the requirement from Service Company is as follows:

5.1 Core flooding test, including but not limited to waterflood displacement tests, water
susceptibility tests, injectivity tests.
5.2 Core Polymer flood test, including but not limited to Polymer selection from
commercially available polymers, polymer solution viscosity characteristics, inaccessible
pore volume for selected polymer, polymer solution injectivity, effect of salinity and shear
rate on polymer viscosity and stability, residual resistance factor for polymer solution,
polymer flood in short cores for optimization and adsorption, polymer flood in long core
for recovery estimates, polymer flood in 3D laboratory model representing real field well
placement. Polymer flood in long core for recovery estimates. Compatibility of the
selected polymer for reservoir condition i.e., temperature, fluid salinities and rock
mineralogy, adsorption / sorption.
5.3 Core Alkaline-Surfactant-Polymer flood test, including but not limited to Selection of
suitable chemicals (alkaline, surfactant and polymer) and composition of appropriate
formulation for reservoir rock and fluids, Interfacial tension diagrams for various
formulations, Optimum water salinity for the selected chemical formulation, Effect of
adding sacrificial chemicals, co-surfactants to the selected ASP formulation, Effect of ASP
solutions at different concentrations on residual oil saturation and determination of
optimum slug size and the corresponding capillary de-saturation curve (CDC), Relative
permeability curves and end points for the selected ASP and polymer solutions,
Adsorption of chemicals in core samples (both static and dynamic), Degree of
emulsification in effluent fluids and required chemicals for de-emulsification, Provide all
required data for simulation and matching of laboratory ASP flood experiments including
all phase compositions in the surfactant-oil-water systems. Compatibility of the selected
chemical for reservoir condition i.e. temperature, fluid salinities and rock mineralogy,
adsorption / sorption.

5.4 Miscible and Immiscible injection Test


5.5 Core flood simulations will be done to simulate and verify SCAL experiments at
micro/core scale level. From EOR experiments along with Core flow simulations all
common experimental approaches including Unsteady-state and steady-state flow
experiments as well as single-speed and multi-speed centrifuge experiments are included.
It will be utilized for both imbibition and drainage processes. The main application in core
flood simulations is to determine relative permeability and/or capillary pressure from
laboratory data either through an automated history matching approach or analytical
methods like JBN and Hagoort. Along with Core flow simulations, in order to derive flow
properties (rel. Perm) from EOR experiments, a compositional simulator from e.g. Eclipse,
CMG will be performed to history match miscible & immiscible injection, polymer and
ASP experiments.
5.6 Reservoir simulations to verify laboratory results both for the Pilot and full field
application.
6.

PHASE - III
6.1 All Integration of Reservoir Simulation, Lab test & core flood Simulation for optimum
EOR test selection & design
The goal of Phase - III is to extract and report the derived fluid and flow properties from the
laboratory tests and validate the different EOR experiment results by implementation in
reservoir simulation models. Recommendations should include possible recovery factor for
appropriate EOR technique, additional oil production possible using various EOR methods.
6.2

Economic Feasibilty
The goal here is a matrix hierarchy of NPV, IRR & Recovery Factor. So all tests need to
be ranked based on their economic criteria especially including scalability issues.

7. ECONOMIC ANALYSIS & EVALUATION


7.1 For each prediction case, economic analysis (NPV at different rates IRR, Payout and other
profit ability rations) is required.
7.2 Based on the economic results, an optimum development plan should be provided by the
bidder.

7.3 There will be recommended plan of action to be followed to achieve maximum economic
recovery based on the techno-economic analysis of the various prediction cases studied.
8. OGDCL PARRTICIPATION AND SKILL TRANSFER
8.1

OGDCL professionals will participate in performing the full field EOR Study including
Geophysical, Geological, Petrophysical, Basic Reservoir Engineering, building of EOR
model, initialization, history matching, predictions runs and economics for their inputs.

8.2

Bidder will involve OGDCL professionals in all phases of study mentioned above.

8.3

OGDCL may like to have this study accomplish in association with its professionals
without any financial impact on the bidder. The responsibility of the accomplishment of
all kind of Work/Studies will be on the bidder. However, the OGDCL professionals in
different disciplines will be attached with the bidder time to time for necessary inputs.
EOR Core Team Member (02)

06 Weeks

Development Geologist (01)

03Weeks

Geophysicist (01)

02 Weeks

EOR Geologist (01)

02 Weeks

Reservoir/Simulation Engineer (01)

04 Weeks

Reserves Evaluation Engineer (01)

02 Weeks

Production Engineer (01)

02 Weeks

The team members will join the consultant in various phases of the study to be advised by
the consultant. Especially for EOR core team members, it is required that their participation
be made essential during all phases of study.
EOR study will be started after the mutual agreement of OGDCL and bidder on Simulation
Study of 2008 model of the field.

9. PRESENTATION & REPORTS


9.1

The bidder shall provide the required information in a bound volume about the above
mentioned areas. Following the title page, a brief narrative of two pages describing the
Company and its qualifications is provided. This narrative must be signed by the CEO of
the Company or its authorized representative certifying that all information being
submitted is true and correct as of the date application submission.

9.2

The bidding company shall provide documentation or other information that is


responsive to the items mentioned above demonstrating his strengths in all the areas
mentioned above.

9.3

A separate chapter must be provided against each of the bullet mentioned above. At start
of each chapter, a summary of one page followed by details and supporting
documentations and information be provided. Where appropriate, the Company is
required to provide the name of the project conducted, the client information and name of
a contact person with his email address for seeking any clarification or verification with
respect to the information.

9.4

An index of all documentation and information is included. All pages must be clearly
numbered so as to facilitate the rapid cross-reference between items during the review
process.

9.5

Each Bidding Company shall submit an electronic copy of the information provided on
DVD, a flash drive, or an external hard drive. All media must be compatible with Adobe
Acrobat version 10. The DVD, flash drive, or external hard drive shall not be returned to
the Company and shall remain the property of OGDCL.

9.6

The application shall be delivered to OGDCL in sealed boxes in duplicate within the
sealed box.

9.7

Any Bidding Company that does not comply with all of the provisions set forth herein
above may be disqualified without notice or opportunity to incur with no liability being
incurred on the part of OGDCL. OGDCL may seek clarifications as well as
additional/further information from the Company relating to the Terms of Reference
during the course of the evaluation process.

9.8

The decision as to the successful application will be made based upon the evaluation of
all of the items listed in these terms of reference and will be the sole discretion of
OGDCL.

9.9

Any or all applications may be rejected and/or the process may be annulled, withdrawn,
etc. by OGDCL at any time without assigning any reason as per PPRA rules.

10. GENERAL TERMS/CONDITIONS


10.1 The Bidder is not allowed for the subcontract.

10.2 Bidder will make presentation on simulation work and final presentation after completion
of EOR study at OGDCL office, Islamabad.
10.3 The Bidder will provide OGDCL participants the office space only.
10.4 The assigned personnel of the Bidder who will conduct the study should be dedicated
fully to this study and are not allowed to work on any other project during the relevant
phase of this study. The Bidder will provide the resume of those professionals only who
will work on this project.
10.5 The bids will be evaluated on complete package basis.
10.6 Total cost of the bid should be inclusive of all taxes and duties except provincial and ICT
Sales Tax.
10.7 The Bidder will submit their invoices on phase basis.
10.8 OGDCL may arrange a pre-bid meeting on request to explain the present status of field
and objective of study. The Bidder will participate in the meeting at their own cost.
10.9 All geological, geophysical, drilling, testing, production, well logs, core and fluid
analysis data required for the study will be available to the Bidder free of charge. Such
material will be the property of OGDCL.
10.10 The Bidder will treat all data and information supplied by OGDCL and those acquired by
him during the implementation of the study with utmost confidentiality.
10.11 OGDCL reserves the right to discontinue any study/ task related to above scope of work
at any stage.
10.12 OGDCL reserves the right to reject any or all the bids at any time/stage.

11. TIMINGS
The project will commence one week after the signing of the contract/service order. A
detailed work plan should be submitted with the proposal. Completion time of the project
will be nine (09) months.

Sr. #

Phase

Timings

1-

Phase - I

03 Months

2-

Phase - II

04 Months

3-

Phase - III
Total:

12.

02 Months
09 Months

SUBMISSION OF PROPOSALS
The Bidder interested in undertaking this venture may submit their bid/proposal to the office
of A/Manager SCM (Services), Supply Chain Management Department, OGDCL House,
Jinnah Avenue, Blue Area, Islamabad. Technical and Financial proposal should be given
separately in sealed envelops clearly marked EOR Study of Tando Alam Oil Field
(Technical and Financial proposal).
The technical part of the proposal should be given a tentative work program and time
schedule to complete each phase of study. They should indicate of other projects completed
by the consulting firm and their manpower allocation and their resume. Resume of the experts
who will work on this project should be included with academic qualification and their work
experience.
The resume should be submitted in the following format:
a.

Academic Qualification

b.

Total overall relevant experience, particularly emphasizing experience in Carbonate and


Clastic reservoirs

c.

Overall experience of the personnel with the bidding company

d.

Total overall experience of the person

e.

The detailed description of relevant work experience with the firm

The financial envelope of the proposal should contain total cost of the study (in one number)
along with phase wise break up.

13.

EVALUATION CRITERIA

Oil & Gas Development Company Limited (OGDCL) seeks proposals/applications for bidding of
technically and financially sound Exploration & Production and Service companies (the
Company) or their representatives for the Right to Participate in EOR Project, which is 100%
owned and operated by OGDCL situated in Sindh. Interested E & P Companies are required to
submit their bids strictly as per Terms of Reference (TOR) (given below):

13.1 E & P Experience: The Company shall provide documentary evidence demonstrating
that it has worked in exploration and production of oil and gas fields for a minimum
period of 10 years.
13.2 Re-Development of Marginal Fields: The Company must demonstrate a track record of
re-developing of marginal and depleted oil and gas fields in the past 10 years. A
complete report/case studies record shall be provided by the Company. The Company
may also be currently engaged in redeveloping of fields at the time of submission of its
application.
13.3 Bidder should have full fledge experience from surface to bottom-hole facilities.
13.4 Bidder should have appropriate lab facility for EOR tests & extensive lab work
experience.
13.5 To screen the specific EOR techniques for application and equipment design.
13.6 By applying EOR techniques to know the ultimate recovery and how much additional
production will be achieved.
13.7 Economic evaluation of project.
13.8 Learning curve of professional.
13.9 Bidder

will give complete engineering design from the start of the project till the

completion and will supervise the project.


13.10

EOR Experience:
13.10.1

The Company must have proven track record of designing, planning and
execution of Enhanced Oil Recovery (EOR) process globally.
The Company must demonstrate that it has completed about 05 successful

13.10.2

projects of EOR during the last 10 years


13.10.3

Preference shall be given to the Company having experience in chemical


injection (miscible polymers & surfactant flooding, alkaline or caustic soda), gas
injection (CO2, N2). These EOR experience should encompass application in
shallow to deep reservoirs.

13.11 Employees Experience:


13.12.1 The Company must have full-time, employed staff with sound technical
background in Geology and Geophysics, Petroleum Engineering (Reservoir and
Production Engineers) and Facility / Process Engineers with not less than 10 year of
experience in design and execution of EOR
13.12.2 The Company must provide full details/CVs of the permanent and
contractual employees working with the company
13.12 Software Details: The Company must submit details of G&G/ Reservoir/ Production
Engineering software for the project
13.13 Financial Strength: Foreign Companies must have turnover of over US $ 20 million
annually while local companies must have turnover of Rs 0.5 Billion annually. The
Company shall provide copies of its Audited, Consolidated Financial Statements.
These statements must have been audited by a recognized audit firm
13.13.1 If the Company is publically traded, then a copy of the last two (2) annual reports
issued by Company must be supplied. A Company that is not publically traded must
provide documentation demonstrating compliance with all corporate formalities during the
past two (2) years
13.13.2 Documentation showing the Companys present and historical credit rating, a
summary of any current lines of credit or credit agreements, and any other bank references
the Company wishes to include. A Letter of Incorporation, a complete copy of the Articles
of Memorandum and Articles of Association and By- laws (or the functional equivalent of
said documents) of the Company, as registered with the Business Registry (or equivalent
competent body) in its country of incorporation
13.13.3 HSEQ Record: Bidder must show a compliance of the relevant HSEQ laws/ policies
of their respective Company

The technical evaluation will be based on the following criteria:


Maximum

Sr. #

Area

Points

1-

E & P Experience (minimum 10 years)

10

2-

EOR Experience (05 successful projects of EOR during the last 10 years)

10

3-

Lab Facilities setup & Experience (minimum 10 years)

20

4-

Enhancement of Oil & Gas (Case Studies during the last 10 years)

15

5-

Software

05

6-

Work plan including manning schedule

10

7-

Skill/Technical transfer plan

05

8-

Personnel Qualification & Experience (minimum 10 year experience in


design and execution of EOR)

25

Total Marks:

100

Overall Qualifying Marks:

80%

The project will be awarded to the technically responsible and financially lowest bidder on Lump
sum Cost basis.
The financial evaluation shall be carried out on total lump sum basis.

Sr. #

Phase

1-

Phase I

2-

Phase II

3-

Phase - III
Total Lump sum Cost (inclusive of all taxes &
duties except PST/ICT Tax on services.)

Amount

BID BOND

Annexure B

Oil & Gas Development Company Limited,


Guarantee No
OGDCL House, Jinnah Avenue,
Date of issue.....
Blue Area, Islamabad.
Date of expiry ...
Amount
Dear Sir,
In consideration of M/s..
herein after called THE BIDDER having submitted the accompanying Bid with
reference to OGDCL tender enquiry No. PROC-SERVICES/CB/RMD-1875/2016
and in consideration of value received from (the Bidder above), we hereby agree to
undertake as follows:1.

To make unconditional, immediate and forthwith payment of the sum of


US$ 20,000/- (United States Dollar Twenty Thousand Only) upon your FIRST
and SIMPLE written demand without further recourse, question, query,
deferment, contestation or reference to the bidder, account party or any other
person in the event of the withdrawal of the aforesaid bid by the BIDDER before
the end of the period specified in the Bid after the opening of the same for the
validity thereof or if no such period be specified, within 150 days after the said
opening or if the Bidder, having been notified of the acceptance of his bid by the
Company during the period of bid validity:
a) Fails, refuses or delays to execute the Contract in accordance with
the instruction to Bidders, or
b) Fails, refuses or delays to furnish Performance Bond in accordance
with the instruction to Bidders.
2.

To accept written demand from you as conclusive, sufficient and final


evidence of the existence of a default of non-compliance, breach or default
as aforesaid on the part of the BIDDER and to make payment immediately
and forthwith upon receipt of your FIRST and SIMPLE written demand.

3.

No grant of time or other indulgence to, or composition or arrangement


with the BIDDER in respect of the aforesaid Bid with or without notice to
us shall affect this Guarantee and our liabilities and commitments
hereunder.

4.

This is an independent and direct obligations guarantee and shall be


binding on us and our successor in-interest and shall be irrevocable.

5.

The Guarantor Bank warrants and represents that it is fully authorized,


empowered and competent to issue this guarantee.

Yours faithfully,
(B A N K E R S)

Page 30 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

Annexure -C
PERFORMANCE BOND/BANK GUARANTEE
Oil & Gas Development Company Limited,
OGDCL House, Jinnah Avenue,
Blue Area, Islamabad.

Guarantee No
Date of issue
Date of expiry
Amount

Dear Sir,
Ref:
Our
Bank
Guarantee
No.
_______________________in
the
sum
of
______________________Account_____________________________Amount
of
Contract/Job___________________________ _________________________________
In
consideration
of
you
having
entered
into
contract
No.
______________________________________Dated____________________
with__________________________called Contractor and in consideration of value received
from CONTRACTOR, we hereby agree and undertake as follows:
1. To make unconditional, immediate and forthwith payment to you as called upon
of an amount (equivalent to 10% of total contract value in Pak Rupees) on your
written FIRST and SIMPLE demand without further recourse, question, query,
deferment, contestation or reference to CONTRACTOR or any other person, in the
event of default, non-performance or non-fulfillment by CONTRACTOR of his
obligations liabilities, responsibilities under the said Contract of which you shall
be the sole and absolute judge.
2. To accept written demand from you as conclusive, sufficient and final evidence of
the existence of a default or breach as aforesaid on the part of CONTRACTOR and
to make payment immediately and forthwith upon receipt of your FIRST and
SIMPLE written demand.
3. To keep this Guarantee in full force and effect from the date hereof until
from the date of contract execution / mobilization Notice.
4. That no grant of time or other indulgence to, amendment in the terms of the
contract by Agreement between the parties, or imposition of Agreement with
contractor in respect of the performance of his obligation under and in pursuance
of the said Agreement with or without notice to us, shall in any manner discharge
of otherwise however affect this Guarantee and our liabilities and commitments
there under.
5. This is an independent and direct obligations guarantee and shall be binding on
us and our successor in-interest and shall be irrevocable.
6. This Guarantee shall not be affected by any change in the constitution of the
Guarantor Bank or the constitution of the Contractor.
7. The Guarantor Bank warrants and represents that it is fully authorized,
empowered and competent to issue this guarantee.
Authorized Sign for Issuing Bank
Seal of the Bank

Page 31 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

Annexure -D

BIDDING FORM
Date.
Tender Enquiry No. .
To
Oil & Gas Development Company Limited,
OGDCL House, Plot # 3013,
Blue Area, Islamabad
Gentlemen,
Having examined the scope of work and Instructions to bidders of Invitation to
Bids, the receipt of which is hereby acknowledged, we the undersigned, offer to supply
the services (Nature of Service) to OGDCL in conformity with the scope of work and
Instructions to bidders at the rates mentioned in our Bid Proposal or other such sums as
may be ascertained in accordance with the said conditions.
2.
We confirm that the terms and conditions given in the Tender Enquiry / Tender
Documents are acceptable to us and if our Bid is accepted we shall execute a contract
with OGDCL accordingly without any exceptions. We further confirm to commence
service within ..days of the mobilization notice issued by OGDCL
3
We agree to validate bid unconditionally for the period of 120 days from the date
of opening the same and it shall remain binding upon us and may be accepted thereof,
shall constitute a binding contract between us.
4.
We hereby certify that our Firm / Company / Local Agent is or has not been at
any time during the past five years, involved in litigation, arbitration or any other
unsettled dispute with OGDCL / JV Partners.
5.
We further certify that all the contracts / orders placed on us by OGDCL / JV
Partners have been executed timely and as per terms & conditions of the Contract / order
without any unsettled dispute.
6.
Until a formal Agreement is prepared and executed, this bid, together with your
acceptance thereof, shall constitute a binding contract between us.
7.
We understand that you are not bound to accept the lowest or any tender you
may receive.
8.
Our bid proposal do not contain any deviation or exceptions from the terms &
conditions enunciated in the tender documents.
Dated this..days of.2016,
Name & Signaturein the Capacity of
duly authorized to sign tenders for and on behalf of
(Name of the firm in block capital Letters)
Address
Telex No..Fax No..Phone No.
Witness
1. ..
(Name)

(Signature)

2. .
(Name)

(Signature)

Page 32 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

Annexure-E.
(On official letter-head of the bidder)
To be signed by the
Chief Executive of the
Bidding company or a representative duly
Authorized by board
Resolution.

INTEGRITY AND ETHICS UNDERTAKING


We hereby commit and undertake to observe the following principles during our
participation in the tender process and during the contract execution:
i. That we will not directly or through any other person of firm, officer promise or
give to any of the employees of OGDCL involved in the tender process or
execution of the contract any gain, pecuniary benefit of facilitation payment
in order to obtain in exchange any advantages of any kid whatsoever during
the tender process or during the execution of contracts.
ii. That we have not and will not enter with other bidders into any undisclosed
agreement or undertaking either formal or informal to restrict
competitiveness sort to cartelise in the bidding process.
iii. That we will ensure that the remuneration of agents (if engaged) is appropriate
and for legitimate services only.
iv. That we will not use subcontracts, purchase orders or consulting agreements as
means of channeling payments to employees of OGDCL.
v. That we will not commit any offence under the Pakistan Penal Code, Prevention of
Corruption Act or National Accountability Ordinance to achieve any
advantage, gain or benefit during the tender process or the execution of the
contract.
We further understand and acknowledge that any violation of transgression of the above
mentioned principles will attract disqualification from the tender process and may also
result in permanent exclusion from future contract award process.
We also accept and undertaking to respect and uphold OGDCL,s absolute right to resort
to and impose such disqualification, debarment or execution.
For and on behalf of _________________
Tender No___________________________

Page 33 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

Annexure-F
Mandatory for participation in Bidding Process
AFFIDAVIT

(To be attached with Technical bid)


I, ____________________________ S/o ____________________________aged ___________
years ____________ working as Proprietor/Managing Partner/Director of M/s
___________________________________________________________________
having
its
registered office at________________________________________________________ do hereby
solemnly affirm and declare on oath as under:
1. That I am competent to swear this affidavit being proprietor/one or the
partners/ Director of M/s ______________________________
2. That
M/s
________________________________________________
is
a
proprietorship/partnership firm/company is participating in tender process
conducted by OGDCL.
3. That I hereby confirm and declare that none of my/our group/sister
concern/associate company is participating/ submitting this tender.
4. That I hereby confirm and declare that my/our firm/company M/s
____________________________ and my/our firm/group/company/ sister
concern / associate company have not been black listed/de-listed any
Institutional agencies/Govt. Deptt/ Public Sector Undertaking.
5. That there is no change in the Name & Style, Constitution and Status of the
firm, after Pre-qualification.
6. That I further undertake that in case any of the facts contained above and inour application is round other-wise or incorrect or false at any stage, my/our
firm/company/ group/sister concerns/ associate companies shall stand
debarred from the present and future tenders of the OGDCL.
(Signature of the Proprietor/ Managing Partner/Director with Seal)
DEPONENT
Verified at _______________ on_____________________ that the contents of paras 1 to
6 of this affidavit are true and correct to best of my knowledge and no part of this is
false and nothing material has been concealed or falsely stated therein.
(Signature of the Proprietor/ Managing Partner/ Director with Seal)
DEPONENT
(Signature & Seal of Notary)

Page 34 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

ANNEXURE G
DATA SUMMARY SHEET
(To be attached with Technical bid)
Following information must be stated categorically:COMPLETE NAME, ADDRESS, EMAIL,
PHONE & FAX NUMBER OF BIDDER

NAME, ADDRESS, PHONE, FAX NO &


EMAIL OF LOCAL AGENT IN PAKISTAN (IF
ANY

VALIDITY OF BID:

COMPLETION PERIOD:

BID BOND SUBMITTED BY

ADDRESS OF BANKER WITH AC


COUNT NO & SWIFT CODE FOR L/C
OPENING (WHERE APPLICABLE)

IN CASE OF JV PARTNERS (NAME OF


LEAD PARTNER NAME OF ALL OTHER
JV
PARTNERS
COPY
OF
JV
AGREEMENT CLEARLY STATING THE
RESPONSIBILITY OF EACH PARTY TO
BE ATTACHED WITH THE TECHNICAL
BID
NTN & GST NUMBER (FOR PAKISTAN
BASE COMPANY ONLY

ANNEXURE ON NON-JUDICIAL STAMP


PAPER DULY ATTESTED BY NOTARY
PUBLIC TO BE ATTACHED WITH
TECHNICAL BID.
PROVINCIAL REGISTRATION NUMBER

Page 35 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

ANNEXURE H
DATA SUMMARY SHEET
(To be attached with financial bid)
Following information must be stated categorically:COMPLETE NAME ADDRESS EMAIL,
PHONE & FAX NUMBER OF BIDDER

NAME, ADDRESS, PHONE, FAX NO &


EMAIL OF LOCAL AGENT IN PAKISTAN (IF
ANY
VALIDITY OF BID:

COMPLETION PERIOD:

ADDRESS OF BANKER WITH AC


COUNT NO & SWIFT CODE FOR L/C
OPENING (WHERE APPLICABLE)

NTN & GST NUMBER (FOR PAKISTAN


BASE COMPANY ONLY

TOTAL QUOTED PRICE AS PER OGDCL


TOR
TUNRKEY RATES AS MENTIONED IN
THE TOR

Page 36 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

Annexure-I
DRAFT CONTRACT
CONTRACT NO. PROC-FD/CASE NO. .. /
NAME OF SERVICES
THIS Contract for hiring of (Name of Services) (Contract) is made at Islamabad as
of this------------------ day of -------------------/year of execution, by and between
Oil & Gas Development Company Limited , a body corporate, having its office at
OGDCL House, Jinnah Avenue, Sector F-6, Islamabad (hereinafter referred to as the
Company which expression shall include its successors and assigns) and
M/s (Name of Contractor or Consultant as the case may be) having its office at
address (hereinafter referred to as the Contractor /
Consultant which expression shall include its successors and assigns)
Contractor/ Consultant and Company may hereinafter be collectively referred to as the
Parties and each individually as a Party.
WHEREAS, The Company is desirous of hiring timely, efficient and reliable (Name of
Services) .services under rate running contract
for a period of (period)on as and when required basis.
AND WHEREAS, the Company invited bids for providing Name of Services
. through Tender Enquiry No. PROC-FD/Case
No. and the Contractor / Consultant through its Bid Proposal
No.. dated . warrants and represents for providing efficient and
reliable Name of Services .
WHEREAS, the Contractor / Consultant is engaged in the business of rendering the
desired services to various E & P companies and it hereby expresses its ability and
willingness to provide the desired services along with necessary equipment, type of
Contract.
NOW THEREFORE, in consideration of the promises and mutual undertaking and
covenants hereinafter set forth, the Parties hereby agree as follows:
SECTION 1. SCOPE OF WORK
Description of Scope of Work (As described in TOR/Tender enquiry)
SECTION 2. TERM:
The initial term of this Contract shall be ------------months/years from the date of its
acceptance by the contractor till completion of the job whichever is later unless earlier
terminated under the provisions hereof. Any extension in the term of Contract will be
subject to mutual consent of both the parties.
SECTION 3. CONTRACT DOCUMENTS:
The following documents shall be deemed to form and be read and construed as integral
part of this Contract:
(a)
This Contract.
(b)
Companys LOI.
(c)
Companys Tender documents
(d)
Contractors Technical & Financial bid and all correspondence/ clarification
made thereafter.
Page 37 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

Any inconsistency between the above documents of this Contract shall be resolved by
giving precedence in the order in which they are listed above.
SECTION 4. PRICING TERMS:
4.1

The Services under this Contract shall be rendered at an estimated Cost of


__________________________as detailed below:

4.2

All prices charged under this Contract shall remain firm during the period of this
Contract.

4.3

The prices should be quoted in USD. However payment to all Pakistan based
companies will be made upon completion of the project through cross cheque in
100% Pak Rupees, at actual, against verified invoices at official exchange rate
prevalent on the date of payment.

4.4

To Foreign based Companies, the payment will be made in US$, at actual


against verified invoices through Irrevocable Letter of Credit (LC) upon completion
of the project.

4.5

However, any payment made after thirty (30) days shall not in any way attract
any markup, interest, surcharge or charges, etc.

4.6

To avoid delay in payment, it is essential that the invoices shall:


(a) be duly signed and stamped and type-written in English.
(b) be identified by the Contract number.
(c) contain sufficient description of services provided by the Contractor.
(d) state the location of the Company where Services have been provided.
(e) state the period of Services, duly verified with sign and stamp of Head of
Department.
(f)
be precise and strictly in accordance with the Contract.
(g) contain any other information deemed essential either by the Contractor or
by the Company.
(h) Invoices must be submitted to Manager Accounts for onward submission to
concerned Manager for verification.

SECTION 5. TAXES AND DUTIES:


5.1 The contract price includes all direct taxes, duties, fees, levies and any
other relevant charges payable/ applicable on the last date of submission of
main/supplementary financial bid inside and outside Pakistan, except if
OGDCL imports material in its own name it will bear duties/ import taxes/
port charges. The Contractor will be responsible for all the direct taxes
(present or future) with respect to income/ payments of total contract
amount, under the scope of the contract.
5.2 Indirect taxes (Provincial Sales Tax/ Islamabad Capital Territory Sales Tax)
in Pakistan will be borne by OGDCL at actual where applicable. The contract
price will be adjusted for any subsequent changes in the rates of indirect
taxes as made applicable thereafter by the relevant authorities in Pakistan.
5.3 Any direct taxes, duties, fees, levies and other relevant charges, present or
future, assessed or payable inside or outside Pakistan by the Contractor and
its sub-contractor and /or by the expatriate personnel deputed by the
Contractor and its sub-contractor in connection with its performance under
the Contract shall be the sole and exclusive responsibility of the Contractor.

Page 38 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

5.4
5.5

5.6

5.7
5.8

5.9

The Contractor shall be responsible and pay all taxes on its income outside and
in particular on its income in Pakistan under the Contract and under the laws of
Pakistan.
The Company shall have the right, as provided under the laws of Pakistan to meet
its obligations and in particular to deduct from the payment due to the
Contractor (against entire contract value including supplies and / or services
components etc as applicable) , income tax at source at the rates prevailing from
time to time, from the invoiced amounts, or such reduced rates fixed by the
taxation authorities in Pakistan for the Contractor on production of current and
valid documentary evidence by the Contractor from competent tax authorities in
Pakistan and pay such amount to appropriate authorities.
The Contractor shall also be responsible for any income taxes levied on the
Contractors and its sub-contractors expatriate personnel, under the laws of
Pakistan and for all social security issuances and other contributions for the
Contractors expatriate personnel regardless of whether such contributions are
levied on employer or employee or both in Pakistan or outside Pakistan.
The Contractor shall keep the Company duly informed about the steps taken by
the Contractor in order to meet its obligations under the Contract and provide the
necessary documents to the Company in this connection.
The Contractor shall indemnify the Company against any claim which might occur
due to non compliance by Contractor of any legal obligation regarding the taxes,
duties, fees, levies, or other charges, including taxes on income in Pakistan and
any other payments to the relevant Government or Governmental agencies or any
other applicable authority.
Understanding reflected under the above tax clause would prevail in case of any
understanding to the contrary that may be reflected with respect to tax matters,
in any other clause of the contract

SECTION 6. ADJUSTMENT OF CONTRACT PRICE:


The Contract value (price) shall be subject to adjustment as a result of addition /
reduction in scope of work. However unit price quoted for such work shall be used as
base price for computation of final invoice. Contractor should take approval for such
changes in writing from the Company. Rates and quantum of any work, not covered in
the scope of work shall be subject to approval of Company.
SECTION 7. CONTRACTORS OBLIGATIONS:
7.1

The Contractor warrants and represents that all Services along with necessary
equipment provided under this Contract shall be in accordance with good
industry practice and the Contractor shall use every reasonable means for
efficient and timely performance and provision of the Services.

7.2

The equipments, tools and materials utilized by the Contractor in performance of


this Contract shall be handled and utilized with due care and diligence and
proper record of consumables etc shall be maintained and made available to the
Company upon request.

7.3

The Contractor shall secure and maintain during the performance of this
Contract, all licenses, permits, authorization and certification required under the
laws of Pakistan and applicable to Contractor. Company has the right to inspect
such licenses, permits, authorization and certificates and the Contractor shall
forthwith comply with such request.
Contractor shall employ and depute for the execution of Services, persons who
are careful, skilled and experienced in their profession. The Company shall have
the right to ask the Contractor to replace any person employed by the Contractor
for execution of Services who, in the sole opinion of Company, misbehaves, is
incompetent or negligent in the performance of his duties or fails to conform with

7.4

Page 39 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

any particular provisions with regard to safety which may be set out in the
Contract, or any conduct which is prejudicial to safety or health, and such
person shall not be employed again for the Services without the permission of the
Company.
7.5

Contractor and its personnel shall, when using Companys premises, adopt and
observe all safety, security, fire and health measures and comply with all
reasonable directions relating to health and safety rules and emergency
evacuation plans as notified or as directed by the Company.

SECTION 8. DECLARATION:
8.1

The Contractor hereby declares that it has not obtained or induced the
procurement of any Contract, right, interest, privilege or other obligation or
benefit from Company through any corrupt business practices.

8.2

Without limiting the generality of the foregoing, the Contractor represents and
warrants that it has fully declared the brokerage, commission, fees etc. paid or
payable to anyone and not given or agreed to give and shall not give or agree to
give to anyone within or outside Pakistan either directly or indirectly through any
natural or juridical person, including its affiliate, agent, associate, broker,
Contractor, director, promoter, shareholder, sponsor or subsidiary, any
commission, gratification, bribe, finders fee or kickback, whether described as
consultation fee or otherwise, with the object of obtaining or inducing the
procurement of a contract, right, interest, privilege or other obligation or benefit
in whatsoever form from the Company, except that which has been expressly
declared pursuant hereto.

8.3

The Contractor certifies that it has made and shall make full disclosure of all
agreements and arrangements with all persons in respect of or related to the
transaction with the Company and has not taken any action or will not take any
action to circumvent the above declaration, representation or warranty.

8.4

The Contractor accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any
action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any Contract, right, interest, privilege or other obligation
or benefit obtained or procured as aforesaid shall, without prejudice to any other
rights and remedies available to the Company under any law, Contract or other
instrument, be voidable at the option of the Company.

8.5

Notwithstanding any rights and remedies exercised by Company in this regard,


the Contractor agrees to indemnify Company for any loss or damage incurred by
it on account of its corrupt business practices and further pay compensation to
Company in an amount equivalent to ten times the sum of any commission,
gratification, bribe, finders fee or kickback paid by the Contractor as aforesaid
for the purpose of obtaining or inducing the procurement of any Contract, right,
interest, privilege or other obligation or benefit in whatsoever form from
Company.

SECTION 9. PERFORMANCE BOND/SECURITY DEPOSIT:


The Contractor shall provide to the Company, within fifteen (15) days of the award of the
Contract, a Performance Bond in the form of an irrevocable, independent,
unconditional, direct obligation of the bank and first and simple demand guarantee of a
Pakistani Scheduled Bank or branch of a foreign bank operating in Pakistan, except NIB
Bank, in the amount equivalent to 10% (Ten percent) of the total contract value in Pak
Rupees/US$ strictly in accordance with the format given at LOI to cover and secure the
Page 40 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

Contractors faithful performance and execution of this Contract. The charges and
expenses payable in connection with the issuance, extension, renewal and maintenance
of the Performance Bond shall be borne and paid by the Contractor. The Performance
Bond shall be valid and shall be maintained in full force effect until ----------------------/
extendable six (06) months beyond the validity of the Contract. The Company has sole
and absolute right to encash the Performance Bond without any prior notice to the
Contractor in the event of any breach, failure, non-compliance or delay in the
performance of the Contract.
SECTION 10. LIABILITIES:
10.1

Each party shall defend, indemnify and hold the other party harmless from and
against any claim INCLUDING THIRD (3rd) PARTIES arising out of (i) loss or
damage to its own property, and / or (ii) death of or injury to its own personnel.

10.2

Each party shall be liable for, and shall defend, indemnify and hold the other
Party and its members/affiliates, co-ventures (if any), contractors or
subcontractors, and it's and their respective employees, directors, officers, agents
and invitees harmless from and against. all claims, demands, causes of action,
judgments, awards, damages, losses, costs, expenses, expenses and liabilities of
any kind and character arising out of third party property damage (including
death) caused by the indemnifying Party's negligence during the performance of
the Contract.

10.3

Notwithstanding any other provision of this Contract, Company shall defend,


indemnify and hold harmless the Contractor from and against all liabilities,
claims, damages, losses and costs relating to or resulting from (a) through (e)
below, including any and all personal injury, death and loss of or damage to the
drilling rig, vessel or platform and all other property arising there from (except if
caused by Contractor's Gross Negligence or willful misconduct):
(a) damage to or loss of or impairment to any well (including the casing) or well
bore;
(b) killing of or the bringing under control of any well:
(c) damage to or loss or any reservoir or productive formation, or subsurface
minerals or structure or the loss of oil or gas therefore in;
(d) blowout, fire, explosion, catering , or any uncontrolled well condition;
(e) pollution, as well as containing, controlling and cleaning up any pollution,
contamination or debris.
Gross Negligence or Willful Misconduct means any act or failure to act (whether
sole, joint or concurrent) by a person that was intended to cause or was in
reckless disregard of, or wanton indifference to, the harmful consequences to the
safety or property of another person which the person acting or failing to act
knew, or should have known, would result from such act of omission, provided
that Gross Negligence or Willful Misconduct does not include any act or failure to
act insofar as it: (i) constituted mere ordinary omission or oversight; or (ii) was
done or omitted in accordance with the express instructions or approval of all
parties."
The liability clause will be applicable to both parties i.e. OGDCL and the
contractor and therefore its ambit and scope will be interpreted accordingly.

SECTION 11. INDEMNITIES:


11.1

Neither Party shall be liable to the other for any punitive, indirect or
consequential damages sustained by the other including without limitation
business interruptions, loss of profits, loss of use of assets, loss of data and loss
of contracts, and each Party shall hold the other Party harmless in respect
thereof.
Page 41 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

11.2

The Contractor shall indemnify the Company against all motions, proceedings,
claims, liens and demands whatsoever which may be made against the Company
by the third parties for or in respect of or out of any failure by the Contractor in
performance of its obligation or wrongful performance under this Contract or any
act or omission in connection therewith. Should Company have to pay any
moneys in respect of any such claims or demands, the amounts to be paid and
the costs incurred by the Company connection therewith, shall be charged in to
and paid by the Contractor in full.

SECTION 12. LIQUIDATED DAMAGES:


12.1

If the contractor fails to deliver any or all of the goods/services within the time
periods(s) specified in the Contract, the purchaser shall, without prejudice to
other remedies under the Contract, deduct from the Contract Price/Bank
Guarantee as liquidated damages, a sum not more than 0.5% of the contract
price per week or part thereof for first four weeks, 1.00% per week for next four
weeks and 1.5% per week exceeding four weeks upto maximum extent of 5% of
the contract value.

12.2

In case the purchaser is satisfied that the delayed/defective services/shipment


was due to some mistake or circumstances beyond the control of the contractor
and the contractor has not intentionally of negligently contributed in the delay,
the purchaser may impose Liquidated Damages for not more than a sum
equivalent to 0.5% of the delayed of defective shipment per week or part thereof
for first two weeks, 1.00 per week for next three weeks and 1.5% per week
exceeding five weeks but not exceeding 5% of the contract value of the
delayed/defective shipment provided that the Contractor takes immediate
remedial measures for the replacement of defective shipment and takes prompt
steps to mitigate the delayed. The Purchaser may however, impose Liquidated
Damages as per clause 12.1 above if the delayed or defective shipment/ services
has affected the project completion schedule or has resulted in Production losses.

12.3

Even after imposition of LDs, if the supplier fails to materialize the delivery
(material and or services); the Purchaser reserves the right to cancel Purchase
Order/Contract/LC and forfeit the Guarantee (if applicable) after intimating the
supplier for such cancellation/forfeiture.

SECTION 13. PATENT RIGHTS:


The Contractor shall protect, indemnify and hold the Company harmless from and
against all claims, proceedings, demands, damages, costs, charges and expenses
whatsoever for or on account of infringement of any patent rights, design, trade-mark,
industrial design or name or other protected rights in respect of any design, method,
machine work, material etc. used for or in connection with the Services.
SECTION 14. DIRECTIONS:
The Contractor and its personnel must, when using Companys premises, adopt and
observe all safety, security, fire and health measures and comply with all reasonable
directions relating to health and safety rules and emergency evacuation plans as
notified or as directed by the Company or its representative.
SECTION 15. CONFIDENTIALITY:
15.1

Any data provided by the Company or which the Contractor or its employees have
access to, or which they acquire directly or indirectly under this Contract or
during the performance of this Contract, shall be deemed Confidential
Information. Duplication or disclosure of such Confidential Information by
Contractor or any one claiming through it without the prior written consent of the
Page 42 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

Company is strictly prohibited. All Confidential Information shall be the sole


property of the Company. The Contractor hereby agrees not to disclose said data,
information, any interpretations thereof, or data derivative there from or any
information relating to Companys facilities, installations and operations etc to
unauthorized parties or person. This Section also applies to any sub-consultant,
assignee or consultants used by the Contractor. The obligations under these
provisions shall survive the termination or expiry of this Contract.
15.2

Neither the Contractor nor any of its employees shall, except with the prior
written consent of the Company, take ground or aerial photographs of the site,
rig, installation or existing facilities of the Company.

15.3

The Contractor further undertakes that it shall not, except with the prior written
consent of the Company:
i) make any reference publicly, whether to the press or in books, brochures,
internal publications, publicity material, magazines and periodicals or by
advertisement through radio, television or films or by any other medium
relating to:
a) the Contract or its terms and conditions,
b) the nature or extent of Services carried out by the Contractor,
c) the method, materials, or equipment used and personnel employed, or
d) any other Company information in the possession of the Contractor.
ii) disclose or convey any of the matters or information referred to in (i) above to
any employees of the Contractor not directly concerned with the Contract.

SECTION 16. DEFAULT:


16.1

If the Contractor is unable or unwilling to perform its Services in accordance with


terms of the Contract, the Company may obtain conforming Services from other
sources, in which case, the Contractor shall be liable to the Company for the
increased cost, if any, incurred by the Company for procuring such Services from
other sources.

16.2

The Contractor shall also be in default under the Contract if the Contractor (a)
fails to fully and timely perform any of its material obligations under the Contract
(b) becomes insolvent or seeks relief under the bankruptcy laws.

SECTION 17. ARBITRATION:


17.1

If any technical question, difference or dispute arises under this Contract, the
Parties shall use their best efforts to promptly resolve such dispute, controversy
or disagreement. However, if the dispute continues, either Party may give written
notice to the other for appointment of an expert to resolve the dispute. The expert
shall be preferably a Pakistani national and shall have at least ten years of
experience in the relevant technical field.

17.2

If any question, difference or dispute arises regarding the rights, obligations or


performance by the Parties under this Contract, the Parties shall use their best
efforts to promptly resolve such dispute, controversy or disagreement. This
includes without limitation the question of whether one or the other is in default
and what action if any shall be taken to remedy such default. If the Parties are
unable to resolve such question, difference, dispute and controversy, the matter
may be referred to arbitration. Either Party may notify the other in writing
specifying the nature of the dispute and designate one arbitrator to whom such
dispute shall be referred requesting that the other party give notice in writing
within fifteen (15) days after receipt of the notice of designation of the second
arbitrator. The two arbitrators shall within fifteen (15) days after the receipt of
notice of the second arbitrator, appoint an umpire whose decision with respect to
the dispute shall govern in the event that the arbitrators shall fail to agree. In the
Page 43 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

event that second arbitrator is not designated within the time specified, the first
arbitrator shall have full and complete power to determine the dispute.
17.3

Arbitration shall be precedent in any action of law and that the provisions of the
Arbitration Act, 1940 and rules framed thereunder shall apply. The venue of the
arbitration shall be in Islamabad, Pakistan.

17.4

The expenses of arbitration shall be charged equally to the Parties unless the
award of the arbitrator(s) or the umpire, as the case may be, otherwise provide.

SECTION 18. TERMINATION:


18.1

In the event of default by the Contractor, the Company shall have the right to
terminate the Contract for cause, by giving written notice effective ten (10) days
after the date of such notice, unless otherwise specified therein. If the Contractor
cures such default within the ten (10) days period, or provides evidence to satisfy
the Company that such default does not exist. In addition to any other remedy
available under law or in equity, the Company shall be entitled to recover all
actual damages, costs and losses incurred by the Company as a result of default
by the Contractor.

18.2

The Company shall have the right to terminate the Contract, in whole or in part,
without any cause at any time upon thirty (30) days prior written notice. Upon
receipt of such notice of termination, the Contractor shall promptly cease all
further Services under the Contract with such exceptions, if any, specified in the
notice of termination. The Company shall pay the Contractor for all Services
performed and obligations incurred prior to the date of termination in accordance
with the terms of the Contract.

SECTION 19. FORCE MAEJEURE:


19.1

"Force Majeure" shall mean an unforeseeable event that impairs the ability of the
Party affected by it to wholly or partially perform its obligations under this
Contract. In the event of either party hereto being rendered unable, wholly or in
part, by Force Majeure circumstances to carry out its obligations under this
Contract, then such party by giving notice with satisfactory evidence of such
Force Majeure circumstance(s) relied upon, the obligations of the party giving
such notice so far as they are affected by such Force Majeure shall be suspended
for the period during which the party, is rendered unable as aforesaid, but for no
longer period. However, such notice must be given within fourteen (14) days of
occurrence of Force Majeure event. The terms Force Majeure as employed herein,
shall include but not be limited to acts of God or war, war whether declared or
undeclared; acts of terrorism or sabotage, or public enemy; riots and
insurrection; civil commotion; revolution; embargo, blockade, invasion or act of
foreign enemies; epidemic; landslide, lightening, earthquake, loss of well,
reservoir failure, change of law or policy; or any other cause beyond the control of
the affected Party which materially and adversely affects the performance by such
Party of its obligations under or pursuant to this Contract, other than to make
payments due hereunder, acts of enemies, civil insurrection, fires, floods,
earthquakes or other physical disasters, order or request of Government,
blockade or embargo. It is however, clarified that strikes, lockouts, shortage or
non availability of raw materials, rains disturbances, other labour disputes or
non availability of transport shall not be included in the term Force Majeure.
During the established period of Force Majeure as contained hereinabove, the
Contractor shall not be entitled to payment for Services and the Company shall
not impose penalty.

Page 44 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

19.2

In case the Force Majeure contingencies last continuously for more than one
month, both parties will agree on the necessary arrangement for the further
implementation of the contract. In case further implementation is unforeseeable
and impossible, both parties shall arrange for the termination of the Contract,
but without prejudice to their right and obligations prior to such termination it
being understood that each party shall fulfill its contractual obligations so far as
they have fallen due before the operation of Force Majeure.

SECTION 20. LICENSE, PERMITS, AUTHORIZATION AND CERTIFICATION:


The Contractor / Consultant hereby warrants and undertakes that all kinds of licenses,
permits, authorizations and certifications required under the laws of Pakistan and
applicable to the Contractor / Consultant are intact, valid and possessed by the
Contractor / Consultant and shall be maintained during the performance of this
Contract. The Company has the right to inspect, or demand for such licenses, permits,
authorization and certificates and the Contractor/ Consultant shall forthwith comply
with such inspection on demand.
SECTION 21. PHOTOGRAPHY AND ADVERTISING:
21.1

The Contractor undertakes that neither the Contractor nor any of its employees
shall, except with the prior written consent of the Company shall take, any
ground or aerial photographs of the site, rig, installation or existing facilities at or
around the work site.

21.2

The Contractor further undertakes that neither the Contractor nor any of the
Contractors personnel shall, except with the prior written consent of the
Company:
i. make any reference publicly, whether to the press or in books, brochures,
internal publications, publicity material, magazines and periodicals or by
advertisement through radio, television or films or by any other medium
relating to:
the Contract or its terms and conditions,
the type or extent of the works, services, jobs required to be carried out
by the Contractor,
the method, materials, or equipment used and personnel
employed,
any information in the possession of the Contractor as to the operations
of the Company.
ii.
Disclose or convey any of the matters or information referred to in (a) above
to any employees of the Contractor not directly concerned with the Contract.

SECTION 22. SECURITY:


22.1

Company shall provide appropriate site security including, as from time to time
may be necessary, security personnel and security services at the work site or
during transportation of personnel and equipment to and from the work site.

22.2

It is the express intent of the Parties that any delay in the performance of
Services or provision of equipment, or part thereof related directly or indirectly to
security issues shall under no circumstances be deemed a breach of Contractor's
obligation under the Contract.

SECTION 23. INSURANCE DEMURRAGE:


23.1

The Contractor shall within seven (07) days of the date hereof take out and shall
maintain until maturity of the Contract, standard insurance policies, which shall
include Contractors waiver of subrogation as follows:
Page 45 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

(a)

Workers compensation insurance covering all employees, engaged directly or


indirectly in the performance of the Services in accordance with the applicable
statutory requirements of the state or nation having jurisdiction over such
employees.

(b)

All risk insurance cover for the Services and Equipment including without
limitation Equipment and machinery and other materials, if any supplied
hereunder by the Contractor.

(c)

The foregoing insurance shall be maintained with insurers that are satisfactory to
the Company, and the terms of coverage for the foregoing insurance shall also be
satisfactory to the Company and shall be evidenced by certificate to be furnished
to Company. Such certificates shall provide that ten (10) days written notice shall
be given to Company prior to cancellation of any policy. In the event the
Contractor fails to effect or keep in force the insurances then the Company
without prejudice to any other rights, shall effect and keep in force such
insurances at the Contractors cost and risk.

(d)

It shall be the duty of the Contractor to notify the insurers of any insurance
referred to above or of any matter or event, which by the terms of such insurance
are required to be so notified.

23.2

The Contractor shall indemnify the Company against all suits, proceedings,
claims, liens and demands whatsoever which may be made against the Company
by the third parties for or in respect of out of any failure by the Contractor in
performance of its obligation or wrongful performance under this Contract or any
act or omission in connection therewith. Should Company have to pay any
moneys in respect of any such claims or demands, the amounts to be paid and
the costs incurred by the Company in connection therewith, shall be charged to
and paid by the Contractor in full.

SECTION 24. EMPLOYMENT OF PAKISTANI NATIONALS


The Contractor shall employ qualified Pakistani nationals for its Services, if available. If
necessary, Contractor may employ expatriate professionals only after making all out
efforts to employ Pakistani nationals. The Contractor shall make reasonable efforts to
train Pakistani nationals in order to gradually replace its expatriate staff. Unskilled
workers if needed for the Services shall be hired from the area where the Services are
being performed.
SECTION 25. ASSIGNMENT:
The Contractor shall not sub-contractor or assign either whole or part of its obligations
under this Contract without the prior written consent of the Company and such consent
if given shall not relieve the Contractor from any liability or obligation under this
Contract. The Contractor shall be responsible for the acts, defaults and negligence of
any sub Contractor, its personnel or agents as fully as it they were the acts, defaults or
negligence of the Contractor, or its personnel.
SECTION 26. ENTIRE CONTRACT:
The documents mentioned in Section-3 of this Contract constitute the entire
understanding between the Company and the Contractor on the subject matter and
supersede all prior discussions, communications and agreements regarding the subject
matter, whether written or oral.
SECTION 27. AMENDMENTS:
No variation in or modification of the terms of this Contract shall be made except by
written amendment signed by the duly authorized representative of the Company and
the Contractor.
Page 46 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

SECTION 28. GOVERNING LAW:


This Contract shall be construed, interpreted and governed by the laws of the Islamic
Republic of Pakistan.
SECTION 29. ERADICATION OF CORRUPTION:
All vendors, Suppliers, Contractors, Consultants and alike are encouraged to inform the
Managing Director and Heads of Departments in case where any Companys employee
asks for any type of favour whether monetary or in kind. You can contact the M.D. and
Heads of Departments on the following addresses, phone numbers, faxes or e-mail:
i

MD & CEO
Oil & Gas Development Company Limited
OGDCL House, Blue Area, Islamabad.
Tel No. 051-9209701
Fax No. 051-9209708
E-mail: md@ogdcl.com

ii

GM (SCM)
Tel No. 051-920023540
Fax No. 051-9209859

SECTION 30. NOTICES:


Any notice, request demand, statement, call, question, intimation, reference, or other
Communication required for execution of this Contract shall be made in writing and
shall be directed by courier service or facsimile to the address of the Parties as follows:
To the Company:

Manager (______________)
Oil & Gas Development Company limited
OGDCL House, Jinnah Avenue, Sector F-6
Blue Area, Islamabad, Pakistan
Telephone: 0092 - 51-92002______
Facsimile: 0092 - 51-

To the Contractor:

Mr. __________________________________.
M/s _________________________________.
Address:-_____________________________
Telephone: 0092 Facsimile: 0092 -

Notices shall be deemed served when received by the addressee.


IN WITNESS WHEREOF, the Parties hereto have executed this Contract as of the date first
above written.
COMPANY

CONTRACTOR

Signature_________________________

Signature________________________

Name_________________________

Name___________________________

Position__________________________

Position ________________________

Witness __________________________

Witness_________________________

Witness___________________________

Witness_________________________

Page 47 of 47 OGDCL Tender Enquiry No. PROC-SERVICES/CB/RMD-1875/2016

You might also like